Closed Solicitation · DEPT OF DEFENSE

    REPAIR SUPPLIES AND SERVICES FOR APX-123, COMMON IDENTIFICATION, FRIEND OR FOE (IFF) DIGITAL TRANSPONDER (CXP) SYSTEMS

    Sol. N00019-26-REFREQ-APM274-0131Sources SoughtPATUXENT RIVER, MD
    Closed
    STATUS
    Closed
    closed Feb 25, 2026
    POSTED
    Feb 10, 2026
    Publication date
    NAICS CODE
    334511
    Primary industry classification
    PSC CODE
    5826
    Product & service classification

    AI Summary

    The Naval Air Systems Command is seeking information from businesses capable of providing supplies and services for the APX-123 IFF Digital Transponder Systems. This Sources Sought notice is for market research purposes only and responses will assist in determining potential bidders for future procurement. Interested parties should submit a capabilities statement by February 25, 2026.

    Contract details

    Solicitation No.
    N00019-26-REFREQ-APM274-0131
    Notice Type
    Sources Sought
    Posted Date
    February 10, 2026
    Response Deadline
    February 25, 2026
    NAICS Code
    334511AI guide
    PSC / Class Code
    5826
    Primary Contact
    Brittany Reynolds
    State
    MD
    ZIP Code
    20670-5000
    AI Product/Service
    both

    Description

    SOURCES SOUGHT

    INTRODUCTION

    The Naval Air Systems Command (NAVAIR) intends to procure supplies and services required to test, repair, maintain and deliver the APX-123, Common Identification, Friend or Foe (IFF) Digital Transponder (CXP) Systems.

    DISCLAIMER

    THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY.  IT IS A MARKET RESEARCH TOOL BEING USED TO DETERMINE POTENTIAL AND ELIGIBLE BUSINESSES CAPABLE OF PROVIDING THE SUPPLIES/SERVICES DESCRIBED HEREIN, PRIOR TO DETERMINING THE METHOD OF ACQUISITION AND ISSUANCE OF A REQUEST FOR PROPOSAL.  THIS IS NOT A REQUEST FOR PROPOSALS.  IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.  RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.  THE GOVERNMENT IS NOT COMMITTED NOR OBLIGATED TO PAY FOR THE INFORMATION PROVIDED, AND NO BASIS FOR CLAIMS AGAINST THE GOVERNMENT SHALL ARISE AS A RESULT OF A RESPONSE TO THIS SOURCES SOUGHT.  ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT IS STRICTLY VOLUNTARY.

    ELIGIBILITY

    The applicable NAICS code is 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing.  The Product Service Code (PSC) is 5826 - RADIO NAVIGATION EQUIPMENT, AIRBORNE.  Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size.

    ANTICPATED PERIOD OF PERFORMANCE

    Anticipated period of performance is one (1) year.

    ANTICIPATED CONTRACT TYPE

    Firm fixed price contract line item numbers (CLINs).

    REQUIRED CAPABILITIES

    NAVAIR is seeking to contract directly with BAE Systems Information and Electronics Systems Integration, Inc (BAE); however, the Government will consider responses for the purpose of determining whether to conduct a competitive procurement. Tasking will consist of non-recurring engineering, reliability/sustainability improvements, qualification, test, repair and modification support, spare and repair parts for the APX-123, Common IFF CXP Systems and Change Kits, at multiple levels of certification.

    SUBMISSION INFORMATION

    The requested information herein is to assist the Government in conducting market research to determine if potential business sources have the assets, skills, experience, financial stability, qualifications, rights to technical data, and knowledge required to support the requirements described herein. 

    It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single-spaced, 12 point font minimum) demonstrating ability to perform the tasking listed under the required capabilities.  This documentation must address at a minimum the following:

    1. Company Name; Company Address; Company Business Size, and Point-of-Contact (POC) name, phone number, fax number, and e-mail address.
    2. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status;
    3. Prior/current corporate experience performing efforts of similar size and scope to the tasking described under Required Capabilities Section within the last three years, including contract numbers, contract values, Government point of contract with current telephone number, and a brief description of how the referenced contract related to those tasks.
    4. Management approach to staffing this effort with qualified personnel;
    5. Company’s ability to access APX-123, Common IFF CXP Systems technical data to support all elements of logistics, and life cycle sustainment to include maintenance, obsolescence mitigation, software updates, Engineering Change Proposals and box level AIMS certification. 
    6. What specific technical skills does your company possess which ensures capability to perform the tasks?
    7. Provide any existing technical data licenses of agreements with BAE, the Original Equipment Manufacturer (OEM), for performance of related tasking or provided documentation, with concurrence from the OEM, demonstrating the ability to obtain any necessary license/agreement for access to required technical data for this effort. Documents submitted in response to this requirement will not be counted against any page limitations.
    8. Respondents to this notice must also indicate whether they are a large business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned, Small Business Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern.
    9. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office location, CAGE code, DUNS number, etc.
    10. If you are a small business, provide an explanation of your company’s ability to perform at least 50% of the tasking described in the required capabilities section, either individually or along with any combination of small businesses.

    Responses to this Sources Sought, including any capabilities statement, shall be electronically submitted via email to Carl Wagner at carl.a.wagner15.civ@us.navy.mil in either Microsoft Word or Portable Document Format (PDF).  The deadline for response to this request is 4:00 p.m., Eastern Standard Time, February 25, 2026.

    All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be protected.  Information and materials submitted in response to this request WILL NOT be returned.  Classified material SHALL NOT be submitted.  No phone calls will be accepted. 

    All questions must be submitted via e-mail.  The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to these Sources Sought.

    Key dates

    1. February 10, 2026Posted Date
    2. February 25, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    REPAIR SUPPLIES AND SERVICES FOR APX-123, COMMON IDENTIFICATION, FRIEND OR FOE (IFF) DIGITAL TRANSPONDER (CXP) SYSTEMS is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.